Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2017 FBO #5591
MODIFICATION

J -- Maintenance and Operations of Aerial and Seaborne Assets

Notice Date
3/13/2017
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept. 3 Naval Air Warfare Center Weapons Division Dept. 3 575 I Ave, Suite 1 Point Mugu, CA
 
ZIP Code
00000
 
Solicitation Number
N6893612R0005
 
Response Due
8/13/2012
 
Archive Date
3/30/2018
 
Point of Contact
Eva Vitale, Phone: 7609398539, Katy J. White, Phone: (805) 989-1908
 
E-Mail Address
eva.vitale@navy.mil, katy.j.white@navy.mil
(eva.vitale@navy.mil, katy.j.white@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Warfare center Weapons Division (NAWCWD), Point Mugu, CA, awarded a competitive, 100% small business set-aside contract, in accordance with FAR 6.203 to Systems Application & Technologies, Inc. (SA-TECH) The effort is a Cost Plus Fixed Fee (CPFF) acquisition. Contract Line Items at award include: 0001 – Labor; 0002 – ODCs, Materials; 0003 – ODCs, Travel; 0004 – ODCs, Additional Outside Crew; 0005 – ODCs, Additional Outside Vessels; 0006 – ODCs, Vessel Maintenance; 0007 – Data. The period of performance will be from 24 March 2013 to 23 March 2014 for one base-year, with the potential for four, one-year options. Options were evaluated at time of award. This effort is in support of the Pacific Marine and Target Operations (PTMO) Division of the Threat/Target Systems Department located at Point Mugu, CA. The procurement is for operations and maintenance of aerial and seaborne target assets. This includes air and sea vehicles and vessels used for manned and unmanned training and test events. Aerial targets assets include subsonic and supersonic aerial targets. Seaborne targets assets include a combination of target and training support vessels. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-03-13 20:02:49">Mar 13, 2017 8:02 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-03-13 20:20:47">Mar 13, 2017 8:20 pm Track Changes SOURCES SOUGHT FBO Reference Solicitation Number: N68936-12-R-0005 Contract Number: N68936-13-C-0083 Agency/Office: Naval Air Systems Command Location: Naval Air Warfare Center Weapons Division Pt Mugu DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS SYNOPSIS. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The Government intends to award a contract modification on a sole source basis per 10 USC 2304(c) which states the head of an agency may use procedures other than competitive procedures only when the property or services needed by the agency are available from only one responsible source or only from a limited number of responsible sources and no other type of property or services will satisfy the needs of the agency (see also FAR 6.302-1 - Only One Responsible Source) to Systems Application & Technologies, Inc. (Sa-Tech), 1000 Town Center Dr. #100, Oxnard, CA 93036. The Naval Air Warfare Center Weapons Division (NAWCWD) intends to increase the cost estimate by $7,464,385 for the Period of Performance (POP) authorized within contract N68936-13-C-0083 for Pacific Target Marine Operations (PTMO) maintenance operations and depot support for both aerial and seaborne targets for NAWCWD Point Mugu. In accordance with FAR 6.302-1(a)(2)(iii)(B) only Sa-Tech is capable of fulfilling this requirement as substantial duplication of cost to the Government is not expected to be recovered through competition, and to do otherwise would cause unacceptable delays in fulfilling agency and fleet requirements. INTRODUCTION The Naval Air Warfare Center, Weapons Division (NAWCWD) Pacific Target and Marine Operations (PTMO) Division is requesting information and conducting market research to identify and determine if there are potential sources which have the capabilities to provide Operations and Maintenance (O&M) Services of aerial and seaborne targets. This is not a Request for Proposal (RFP) or solicitation to do business with the Government. There is no solicitation package available at this time. PROGRAM BACKGROUND The NAWCWD Targets Program has a requirement to provide warfighters with threat representative targets, electronic warfare and, adaptive training environments. In air, sea, and land domains this support is provided worldwide via live, virtual, and constructive threat presentations for test & evaluation, warfighter experimentation, mission rehearsal and fleet training. This requirement includes but is not limited to: management oversight for all work performed, aerial and seaborne asset operation progression from initial breakout and assembly of assets through launch and recovery, and finally post operation repairs, aerial asset system and subsystem maintenance, seaborne asset and support vessel maintenance; and inventory oversight including equipment, materials and property. In order to sustain uninterrupted global operations and maintenance to support training and test events often vital to national security, such as mandatory pre-deployment training to the fleet; key to neutralizing ever-evolving terrorist threats for PTMO and its customers this requirement demands intimate knowledge of operational and intermediate level maintenance for both aerial and seaborne assets. Failure to provide O&M in a timely manner will directly impact operations for customers to include the U.S. Naval Fleet, other Department of Defense services, and Foreign Military Sales. REQUIRED CAPABILITIES 1) Management oversight for all work performed including increases in activity where operational requirements may exceed the available seaborne support vessels; 2) Aerial asset operation progression from initial breakout and assembly of the asset through launch and recovery of the asset and post operation repairs; 3) Aerial asset system and subsystem maintenance; 4) Seaborne asset operational progression from initial inspection and configuration through deployment, recovery and post-operation repair; 5) Seaborne asset and support vessel maintenance; and 6) Inventory oversight including equipment, materials and property used in the scope of the contract. In addition the Navy requires key personnel which must meet minimum requirements cited within the performance work statement. ELEGIBILITY The appropriate Product Service Code (PSC) and the North American Industry Classification Code remain J015 and 336641, as cited within the base of this FBO posting. SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested businesses shall submit responses electronically to the Contract Specialist, Eva Vitale in Microsoft Word or Portable Document Format (PDF) at eva.vitale@navy.mil no later than 5 p.m. Pacific Standard Time on March 28th 2017. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this requirement. All data received, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. DO NOT submit classified material. Interested Businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice. Vendor responses shall include the following administrative information: 1. Company Name, Company Address, and Points of Contact including name, telephone number, fax number, and email address. 2.Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUB Zone Small Business (HUB Zone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 3. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status. 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein. 5. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified. 6. Statement regarding capability to obtain the required industrial security clearances for personnel. 7. Company's ability to perform more than 50% of the work. 8.Company's ability to begin performance upon contract award. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/529c4580baa0a6b3be598ab77670d412)
 
Place of Performance
Address: Naval Air Warfare Center, Weapons Division, Pt Mugu, Port Hueneme, California, 93042, United States
Zip Code: 93042
 
Record
SN04432363-W 20170315/170313234123-529c4580baa0a6b3be598ab77670d412 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.